Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

66 -- Biological Safety Cabinet

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5630 Fishers Lane, Rockville, MD 20857
 
ZIP Code
20857
 
Solicitation Number
1077233
 
Response Due
8/27/2010
 
Archive Date
2/23/2011
 
Point of Contact
Name: Tamara Williams, Title: Contract Specialist, Phone: 3018277154, Fax: 3018277039
 
E-Mail Address
tamara.williams@fda.hhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1077233 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 423210 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-08-27 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ALAMEDA, CA 94502 The DHHS FDA Office of Acquisitions and Grants Services requires the following items, Brand Name or Equal, to the following: LI 001, The Biological Safety Cabinet must be with all components. The system must have and meet the following technical specifications. The Biological Safety Cabinet must provide the following specifications6' width Biological Safety CabinetDirect seal of HEPA filter to full perimeter of plenum, simplifying filter changes & decontamination while increasing uniformity of airflow through supply filter.Uni‐Directional Air Flow: The internal airflow is unidirectional (laminar) from top to bottom, directs generated particles to the HEPA filters. High capacity, low resistance supply and exhaust filters last an average of 10 to 12 years.Magnehelic Gauge to measure air pressure.ReadySAFE Mode allows the user to close the viewscreen at any time of day and put the BSC into a low energy usage mode while maintaining containment and clean air conditions to NSF49 biological challenge criteria at all times.Standard 8 sash; unit can be supplied with 10 sash and still maintain NSF listing.With optional FlexAIR Canopy Exhaust Connection w/ Short Collar (12 duct connection)Stainless Steel Construction: Solid one‐piece stainless steel interior sides and back wall with radiused coved corners for easy cleaningTrue Airfoil built into front edge of the cabinet for optimal airflow control.Large Work Area measuring 20 front to back not including air grill.Double Wall Construction: All metal, negative pressure sidewall ducts completely surrounding work area to prevent contaminated air from entering the lab.Removable Work Surface and supports for easier cleaningCounterweighted Sash Viewscreen allows for easy opening and closing with one hand. Max opening is 20 for equipment loadingOne Cable Port on the right sidewall to run tubing or cables without blocking front air grill.Safety Interlocks: The fluorescent light cannot be turned on without the motor blower turned on. Optional UV light cannot be turned on unless the viewscreen is completely closed so that personnel are not exposed to UV radiationMicroprocessor Based Control System: Easy view controls in moisture proof membrane touchpad ergonomically positioned at eye level for seated user.GFCI Protected Outlets: two 115 volt duplex outlets.Diagnostic Test Circuit: System functions are monitored continuouslyThe front viewscreen is tilted by 10 degrees; all internal surfaces are accessible for ease of cleaning.Laminated Safety Glass: Unit is supplied with a laminated safety, 2, EA; LI 002, Removal of non functioning Biological Safety Cabinets and installation of new Biological Safety Cabinets., 2, EA; LI 003, 12 month warrany for parts and labor from date of installation, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHHS FDA Office of Acquisitions and Grants Services intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHHS FDA Office of Acquisitions and Grants Services is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1077233/listing.html)
 
Place of Performance
Address: ALAMEDA, CA 94502
Zip Code: 94502
 
Record
SN02252164-W 20100826/100824234858-d121563a9ae259bef9f10c4e8bad24e5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.